San Mateo Coast Refuse/Recycling Services
State Of California Department of Parks & Recreation
Estimated Value $100,000 - $499,999
Duration Two Years
Location(s): San Mateo
Contractor will furnish all labor, materials, tools and equipment necessary to perform all work required to properly dispose of refuse from three San Mateo Coast Sector State Beaches (SB); Half Moon Bay SB, Pescadero SB and San Gregorio SB and provide all labor, materials, tools and equipment necessary to haul recycling materials; glass, aluminum, plastic and cardboard from two of San Mateo Coast Sector State Beaches; Half Moon Bay SB and Pescadero SB within San Mateo County.
If you desire to bid on this contract, you must bid on it in its entirety, which includes all refuse and all recycling, in accordance with the contract documents. DVBE participation goals or good faith effort is required. California Certified Small Businesses and DVBE's are encouraged to respond.
Bid Submittal Deadline 11/13/2007 2:00 PM
Bid Submittal Deadline 11/13/2007 2:00 PM
For more information contact Karen Call, 831.335.6707, fax number 831.335.6394, Email Address kcall@parks.ca.gov
Pajaro Coast Refuse Service
State Of California Department of Parks & Recreation
Estimated Value $100,000 - $499,999
Duration Two Years
Location(s): San Mateo; Santa Cruz
Contractor will furnish all labor, materials, tools and equipment necessary to perform all work required to properly dispose of refuse from the Pajaro Coast Sector of Santa Cruz District State Beaches (SB), State Parks (SP) and State Reserve (SR); Twin Lakes SB, New Brighton SB, Seacliff SB, Manresa SB, Sunset SB, Sunset (Palm) SB, Natural Bridges SB, Wilder Ranch SP, Rancho del Oso SP, Ano Nuevo SR and Butano SP in accordance with the contract documents. DVBE participation goals or good faith effort are required. California Certified Small Businesses and DVBE's are encouraged to respond.
For more information contact Karen Call at 831.335.6707, fax 831.335.6394, Email Address kcall@parks.ca.gov.
Upgrade Woodlawn Transfer Station: Recycling Compactors
Cecil County, MD
Sealed proposals for the "Department of Public Works, Solid Waste Division; RFP 08-03: Recyclable Compactors and Compactor Containers " as described in the proposal package, for the Cecil County Government will be received from qualified vendors/vendors until 1:30 P.M., on November 8, 2007, in the Purchasing Office, 218 North Street, Elkton, MD 21921. The Contract will consist of purchase, delivery and setup of two (2) each stationary compactors and 6 each compactor receiver containers as specified with the RFP. A Mandatory Pre-Proposal meeting will be held at the Department of Public Works Roads Division Conference Room, 758 E. Old Philadelphia Road, Elkton MD, October 24, 2007 at 8 a.m. with site visits immediately following the Pre-Proposal Meeting.
All vendors interested in submitting proposals are REQUIRED to attend this meeting. Additional specifications and/or instructions to bidders may also be obtained by calling the Purchasing Department, (David Pyle, Purchasing Agent), at 410-996-5395.
Electronically submitted or late bid proposals will not be accepted. All vendors shall acquire proposal packages from the Purchasing Department in order to submit any proposal or their proposal may be considered non-responsive.
Upon request, the Purchasing Office will provide vendor lists to requesting parties for all solicitations published unless a vendor/vendor provides a written request barring the disclosure of their information until after specific bid award.
The Board of County Commissioners of Cecil County reserves the right to reject any or all RFPs and to waive technicalities
Annual Contract for Document Destruction
Henrico County, VA
Annual contract to furnish all labor, containers and equipment necessary to provide confidential document destruction services as needed and requested by the County of Henrico, in accordance with the enclosed general terms, conditions and specifications.
Click here to view the bid -- RFP
15-foot Shredders
Fort Bend County, Texas
It is the intent of Fort Bend County to purchase one (1) or more new 15’ shredders. Unit is to be furnished with standard equipment and accessories as listed in the manufacturer's printed literature for the model bid.
Click here to view the bid -- Shredder RFP
Refuse and Recycling Cavalier AFS
Document Type: Award Notice
Solicitation Number: Reference-Number-FA4659-07-R-0005
Contracting Office Address
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205
Contract Award Amount: $164,729.80 Base plus four option years
Contractor: Waste Management 7007 15th St NW Bismarck, ND 58503
Disposal and Recycle of Construction & Demolish Wastes and Electrical Appliances at Various US Army Installations & Other Army Tenants,Okinawa Japan
Solicitation 01 - Posted on Oct 17, 2007 http://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-07-Q-S017-0001/Attachments.html
Solicitation Number: FA5270-07-Q-S017-0001
NAICS Code: 423620 -- Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers
Contracting Office Address
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, AP, 96368-5199, UNITED STATES
This is a presolicitation notice for re-opening of solicitation for a commercial item. A separate-written solicitation will be issued as a request for quotation on 17 Oct 2007.
The agency requires all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform collection, transportation and disposal/recycle of electrical appliances and construction demolish waste as defined in this performance-based work statement (PWS) at various US Army installations and other tenants, Okinawa, Japan.
Note: this requirement will be entirely performed in Okinawa, Japan. Award can be made to firms licensed to operate in the country in Japan.
Offer Due Date: 24 Oct 2007, 4:00 pm, Japanese Standard Time
Point of Contact: Kei Yamanoha, Contract Specialist, Phone DSN:634-5508, Fax DSN:634-1761, Email kei.yamanoha@kadena.af.mil - Kimiko Tomihira, Contracting Officer, Phone 634-4781, Fax 634-1761, Email kimiko.tomihira@kadena.af.mil.
Qualified Recycling Program
Document Type: Presolicitation Notice
Solicitation Number: W911N2-08-R-0004
NAICS Code: 562998 -- All Other Miscellaneous Waste Management Services
Contracting Office Address: Letterkenny Army Depot,Directorate of Contracting, ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
The contractor shall provide support for a qualified recycling program. Contractor shall be responsible for auditing Letterkenny Army Depot’s current recycling program and then submitting the following: Solid Waste Audit Findings Solid Waste Recycle Plan Recycling Marketing Plan Contractor shall also prepare waiver documents with associated justifications that will be submitted to Department of Defense (DOD) regulatory authorities to acquire approval to deviate form existing DOD recycling and Defense Reutilization and Marketing (D RM) guidelines and miscellaneous technical support throughout the contract period for preparation of reports, charts and educational/training brochures.
The Government intends to issue a firm-fixed priced contract for a one year period of performance estimated at 7 November 2007 through 6 November 2008. Solicitation W911N2-08-R-0004 issue date: O/A 15 October 2007, solicitation closing date: O/A 5 Novemb er 2007. Site visit will be held 24 October 2007. Interested sources should contact the Contract Specialist, Sarah Tackling at sarah.tackling@us.army.mil, or (717)-267-8959. Fax inquiries are accepted at (717) 267-9834.
Point of Contact: Sarah Tackling, 717-267-8959
Email your questions to Letterkenny Army Depot, Directorate of Contracting at sarah.tackling@us.army.mil.
Metal Recycling (Smelting) Services
Click here to view the bid -- https://www.neco.navy.mil/static/840-v5static_sh.cfm?header_key=64808110&CFID=2552722&CFTOKEN=13793115
https://www.neco.navy.mil/upload/N00406/N0040607T1592N00406-07-T-1592.rtf
Base Refuse/Recycling Service
NAICS Code: 562111 -- Solid Waste Collection
Contracting Office Address: Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S Wolfe Ave., Edwards AFB, CA, 93524-1185.
The 95th Contracting Squadron is seeking potential sources capable of performing Base Refuse/Recycling and Oil/Water Separator Services for Edwards AFB, CA. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, other items and services necessary, to operate and maintain a landfill, a recycling center plus maintain and repair oil water separator at Edwards AFB, California. This includes refuse collection, recycling, green waste collection, and composting to include the Air Force Research Laboratory and the National Aeronautics and Space Administration. This area covers approximately 30 square miles. The contractor shall perform to the standards in the solid waste facility permit and any renewals. Other requirements include State Water Board Orders and applicable Edwards AFB Joint Technical Document, as well as all local, state, and federal regulations and permits. The landfill is presently permitted for 120 Tons per day of refuse and 60 Tons of green waste per day. Performance under any resultant contract must meet all applicable standards and codes.
The North American Industry Classification System (NAICS) number for this effort is 562212. It is anticipated that a firm fixed-price contract will be awarded. The period of performance will consist of a one-year basic period with four one-year options. Contract award is estimated to take place August 2008. Source Selection procedures can be found in Federal Acquisition Regulation (FAR) Subpart 15.3-Source Selection, Air Force FAR Supplement and the Air Force Materiel Command FAR Supplement thereto. These regulations are available electronically at the Air Force FAR Site, http://farsite.hill.af.mil and will be used to obtain the best value for the Government for this acquisition. In using the best value approach, the Government will award to an offeror who gives the greatest confidence that they will best satisfy our requirements in an affordable manner. The draft Performance Work Statement (PWS) and draft Request for Proposal (RFP) will be posted incrementally on the internet at: http://www.fedbizopps.gov. This synopsis constitutes one form of early industry involvement and the Government requests industry recommendations, opinions, and feedback.
This synopsis is for planning purposes only, and does not constitute a solicitation for bids/proposals. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. The Government will not pay for any information submitted in response to this announcement.
Point of Contact: James Williams, Contract Negotiator, Phone 661-277-3930, Fax 661-277-7880, Email james.williams4@edwards.af.mil - Judy Gayler, Contracting Officer, Phone DSN527-9515, Fax 661-275-9641, Email judy.gayler@edwards.af.mil
Recovery And Recycling Unit, Portable,
Set Aside: Total Small Business
NAICS Code: 333415 -- Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
Contracting Office Address: Defense Logistics Agency, Acquisition Management, Defense Supply Center Richmond - BSM, 8000 Jefferson Davis Highway, Richmond, VA, 23297-5000
This requirement will be solicited for award of an Indefinite Quantity Contract. The award will be for a base year and 4 option periods. NSN for Recovery and Recycling Unit, Portable for Multiple Refrigerants, I/A/W Spec A-A-59534.
NSN 4250-01-411-7240 - Unit of Issue is Each. Delivery required is 72 days. Surge is required. The GM is 100 EA; Estimated Annual Demand is 574 EA and the Maximum Annual Contract Qty is 750 EA.
Item is Commercial. FOB: Destination with Inspection/Acceptance at Destination. This procurement is Set aside 100% for Small Business. The solicitation will be issued on or about 5 November 2007 and closing date will be 20 November 2007. A copy of the solicitation will be available via the Internet Bid Board System at https://www.dibbs.bsm.dla.mil/RFP on the same issue date cited in the solicitation. Choose the RFP you wish to download. Solicitations are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of the solicitation will not be available to requestors.
Point of Contact: Vickie Parker, Contract Specialist (Contractor), Phone (804)279-3989, Fax (804)279-6347, Email Vickie.Parker.ctr@dla.mil - Stuart Dowdy, Acquisition Specialist (Contractor), Phone (804)279-5763, Fax (804)279-5337, Email Stuart.Dowdy.ctr@dla.mil.
Documents Destruction
Document Type: Award Notice
Solicitation Number: W9124J-07-T-0080
Posted Date: Oct 19, 2007
Original Archive Date: Nov 18, 2007
Current Archive Date: Nov 18, 2007
Classification Code: R -- Professional, administrative, and management support services
NAICS Code: 561990 -- All Other Support Services
Contract Award Date: Oct 17, 2007
Contract Award Number: W9124J-08-P-0026
Contract Award Amount: $34695
Contractor: Coast2Coast Shredding, Ambler PA 19002-1012
Recycling of Uniforms
Document Type: Sources Sought Notice
Solicitation Number: Reference-Number-J33-001
NAICS Code: 423930 -- Recyclable Material Merchant Wholesalers
Contracting Office Address: Defense Logistics Agency, Acquisition Management, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49037-3092.
Description: This is a Request for Information issued by Defense, Reutilization, and Marketing Service. The intent of this RFI is to locate sources capable of controlled/secure recycling of uniforms for their material content vice incineration.
For example: Tear the uniforms into shreds under positive control, bleach the dye out and recycle them into paper or fabric.
The DRMS is looking for alternative uses for the material that will be of better use both economically and ecologically. The contents consist of materials such as water-treated ripstop poplin, water repellant treated cotton warp and nylon filling, cotton/nylon twill cloth, etc. Items may or may not include buttons, Velcro, patches, infrared tabs, and or other assorted fastening mechanisms, as well as insect repellents.
Interested parties are encouraged to respond with an information paper of no more than two (2) pages. The information paper should include, but is not limited to, capabilities, location security measures; transportation intended processes, and end outcome. Points of performance may or may not include locations both within the Continental United States (CONUS) and outside of the Continental United States (OCONUS), however interested parties are cautioned that movement of the property from CONUS to OCONUS or vice versa will not be entertained. Please submit information that would allow DRMS to review and assess capabilities and end outcome for the use of the material. The government seeks to mitigate costs and risks by identifying environmentally sound alternatives and potential entities for this material.
This RFI is for planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of DRMS to acquire any products or services. The DRMS does not intend to award a contract based on this RFI or otherwise pay for the information requested. Submission of a response to this RFI is voluntary. The voluntary submission of a response to this RFI shall not obligate DRMS to pay or entitle the submitter.
All information and data received in response to this RFI marked or designated as corporate or proprietary information will be fully protected and held in strict confidence. Questions may be directed to Jennifer Norvey, Team Lead Environmental, Phone: 269-961-7484, Fax: 269-961-7736, Email: Jennifer.Norvey@dla.mil Information may be submitted in writing or by email within 30 days of this announcement. Information received after the 30 day deadline will not be reviewed. Information may be submitted to: Defense Reutilization and Marketing Service, Attention: Cathy Keith, Contracting Officer, 74 N Washington Avenue, Battle Creek, Michigan, 49017 or email Cathy.Keith@dla.mil.